SOURCES SOUGHT
Y -- Construct Dining Facility at Yakima Training Center, WA
- Notice Date
- 8/31/2023 8:28:55 AM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- US ARMY ENGINEER DISTRICT SEATTLE SEATTLE WA 98134-2329 USA
- ZIP Code
- 98134-2329
- Solicitation Number
- W912DW24R0003
- Response Due
- 9/28/2023 11:59:00 PM
- Archive Date
- 10/13/2023
- Point of Contact
- Renee M. Krahenbuhl, Phone: 2532196084
- E-Mail Address
-
renee.m.krahenbuhl@usace.army.mil
(renee.m.krahenbuhl@usace.army.mil)
- Description
- Sources Sought Notice� W912DW24R0003 Construct Dining Facility at Yakima Training Center, WA �THIS IS A SOURCES SOUGHT NOTICE ONLY.� THIS IS NOT A REQUEST FOR PROPOSAL, REQUEST FOR QUOTE, OR INVITATION FOR BID. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS OR DRAWINGS AVAILABLE AT THIS TIME. US Army Corps of Engineers (USACE), Seattle District, is seeking interested business sources for a construction project titled: �Construct Dining Facility at Yakima Training Center, WA.� Anticipated contract will be a firm fixed-price construction contract. In accordance with Federal Acquisition Regular (FAR) Part 36.204, construction magnitude is estimated to be in the price range of between $5,000,000 and 10,000,000. In addition, and in accordance with FAR Part 28.102-2 Amount Required, the penal amounts of Performance and Payment bonds, required after contract award, will be 100 percent of the original contract price. The North American Industry Classification System (NAICS) code for this project is 236220, Commercial and Institutional Building Construction, and the associate small business size standard is $45,000,000. This Sources Sought Notice is a tool to identify businesses with the capability to accomplish the work and is for information/market research purposes only.� THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2. NO SOLICITATION IS CURRENTLY AVAILABLE. The information received in response to this Sources Sought Notice will assist the Government in its acquisition decisions; however, the information garnered in this Sources Sought Notice will not be the only information used to determine the solicitation type and/or set-aside used for this acquisition. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought Notice or any follow up information. All interested firms should respond to this notice regardless of its business size. Unsolicited proposals will not be accepted. Further, proprietary information is not being requested at this time, and respondents shall refrain from providing proprietary information in response to this Sources Sought Notice. No award will be made from this Sources Sought Notice. This is not a request to be placed on a solicitation mailing list and is not to be construed as a commitment by the Government. SUMMARY DESCRIPTION OF PROPOSED PROJECT: Construct a new Dining Facility for the WA Army National Guard on Yakima Training Center. Primary facilities include kitchen, dining, storage, service areas, restrooms, mechanical/electrical/plumbing systems, information systems, fire protection and alarm systems, energy monitoring control systems (EMCS) connection, and cybersecurity measures.� Supporting facilities include site development such as demolition, utility connections, electrical power, telecommunications, pedestrian lights, site lighting, paving, sidewalks, curbs and gutters, potable water, stormwater, wastewater, information systems, landscaping, and signage. Measures in accordance with the Department of Defense (DoD) Minimum Antiterrorism for Buildings standards will be provided. Facilities will be designed to a minimum service life of 50 years in accordance with DoD's Unified Facilities Criteria (UFC 1-200-02) including energy efficiencies, building envelope and integrated building systems performance. SUBMITTAL REQUIREMENTS: Interested firms should submit a capabilities package limited to six (6) pages (exclude Joint Venture and Bonding information from page count) and include the following: 1. Firm�s name, address (mailing and URL), point of contact, phone number and email address. 2. CAGE code and System for Award Management (SAM) Unique Entity ID (if you have one) of your firm. 3. Your company's primary North American Industry Classification System (NAICS) code(s). 4. Business classification, i.e., state whether your firm is classified by the Small Business Administration as any of the following or is Other Than Small Business:� � � � � � � � � � � � � � ____Small Business (SB) � � � � � � � � � � � � � ____Small Disadvantage Business (SDB) � � � � � � � � � � � � � ____Woman-Owned SB (WOSB) � � � � � � � � � � � � � ____Veteran-Owned SB (VOSB) � � � � � � � � � � � � � ____Service-Disabled VOSB (SDVOSB) � � � � � � � � � � � � � ____Historically Underutilized Business Zone (HUBZone) � � � � � � � � � � � � � ____8(a) Program � � � � � � � � � � � � � ____Other Than Small Business (Large Business) 5. Regions in which your company normally performs work or would perform work: � � � � � � � � � � � � � ____West � � � � � � � � � � � � � ____Midwest � � � � � � � � � � � � � ____Northeast � � � � � � � � � � � � � ____Southeast � � � � � � � � � � � � � ____OCONUS (Outside the Continental United States) � � � � � � � � � � � � � ____All the Above 6. A maximum of three (3) examples of past projects as the Prime Contractor (preferred) or as a subcontractor who performed at least 51% of all of the major or critical aspects of the reference project. Contractor must provide a brief description of experience in performing similar projects for construction of similar size, complexity and scope completed within the last five (5) years. Examples should include the following information: � � �a.�A description of the project features, customer name, timeliness of performance, size of project, and dollar value of each project. � � �b.�Demonstrated experience with the construction of Dining Facilities on military installations of similar function, size, and complexity. � � �c.Demonstrated experience with construction projects on military installations. � � �d.�A description of construction work, of similar size and complexity, in the Yakima Training Center, WA or its immediate surrounding area. Indicate project, complexity, and dollar value of the projects. � 7. Of the total summary Description of Proposed Project: � � �a.�Do you believe all aspects of the project could be performed by the small business sector?� � � � � � � � � � � � � ____Yes� � � � � � ____No ???????� � �b.�As a large business / small business, what estimated percentage of the TOTAL project would you self-perform?�� � � � � � � � � � � � � _____% � � �c.�Please specify/describe which areas are best suited for subcontracting to the small business sector.� Also identify your intentions to: � � � � � � � � � � � �_____pursue a joint-venture or some other form of teaming arrangement� � � � � � � � � � � � �_____subcontract any work.�� � � �d.�Provide the percentage of work you anticipate will be performed by the following socio-economic categories should your firm be the Prime Contractor: � � � � � � � � � � � �_____Small Business (SB)� � � � � � � � � � � � � � � � � � � � � � � � � � � �_____% � � � � � � � � � � � �_____Small Disadvantage Business (SDB)� � � � � � � � � � � � � � � _____% � � � � � � � � � � � �_____Woman-Owned SB (WOSB)� � � � � � � � � � � � � � � � � � � � � �_____% � � � � � � � � � � � �_____Veteran-Owned SB (VOSB)� � � � � � � � � � � � � � � � � � � � � � _____% � � � � � � � � � � � �_____Service-Disabled VOSB (SDVOSB)� � � � � � � � � � � � � � � � _____% � � � � � � � � � � � �_____Historically Underutilized Business Zone (HUBZone)� � �_____% 8. Firm�s Joint Venture Information, if applicable. 9. Bonding Information.� Provide the following, on the Bonding Company�s letterhead: � � � � � � � � � � � � � � (1) Bonding Limits: (a) Single Bond (b) Aggregate Responses to this Sources Sought Notice will be shared with the Government project team, but otherwise will be held in strict confidence. *NOTE TO Small Businesses: Past performance contracts submitted should indicate Small Business performance percentage to assist in making set-aside determination. For the acquisition strategy decision to be a Small Business set-aside, Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting.� Firm will not pay more than 85% of the amount paid by the Government to the prime�s subcontractors that are not similarly situated. Any work that a similarly situated entity further subcontracts will count toward the 85% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted. �PLEASE SUBMIT TO: Responses to the Sources Sought Notice must be received no later than 1:00 pm (Pacific Time) on 28 September 2023. Submit responses to the attention of Renee M. Krahenbuhl, Contract Specialist, at renee.m.krahenbuhl@usace.army.mil and Cc Enshane Nomoto, Small Business Programs, at enshane.nomoto@usace.army.mil. Interested parties are reminded, that in accordance with FAR 40.1102, offerors�are required to be registered in SAM at the time an�offer�is submitted in order to comply with the annual representations and certifications requirements.�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/3aa11e11689a451baa93d4030b759a23/view)
- Place of Performance
- Address: Yakima, WA 98901, USA
- Zip Code: 98901
- Country: USA
- Zip Code: 98901
- Record
- SN06815955-F 20230902/230831230107 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |